Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2003 FBO #0595
SOLICITATION NOTICE

N -- INDUSTRIAL PAINT BOOTH SYSTEM

Notice Date
5/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 54A, Alameda, CA, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
DTCG89-03-Q-6WN117
 
Response Due
5/29/2003
 
Point of Contact
Donna O'Neal, Purchasing Agent, Phone 510/437-3002, Fax 510/437-3014, - Gayla Flucas, Contracting Officer, Phone 510/437-2735, Fax 510/437-3014,
 
E-Mail Address
do'neal@d11.uscg.mil, gflucas@d11.uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Request for Quotation number is DTCG89-03-Q-6WN117 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-13. This acquisition is unrestricted under NAICS Code 238910, and the size standard is $12million. The contract type will be firm fixed price. The Government proposes to solicit quotes for the following services: (1) SCOPE: The Contractor shall supply a complete industrial paint booth system and technical representative to oversee the installation, assembly, system set up and final environmental control systems adjustments. The Government will perform and furnish all labor, tools, equipment, and materials (other than the industrial paint booth and associated environmental control systems) for the installation and assembly of the paint booth and associated ventilation ducting. The contractor shall submit a set of drawings, materials list, installation & assembly instructions, for the paint booth and associated control systems for Government review as part of their proposal. The Contractor is encouraged to assess the work requirements and recommend procedures and revisions that would provide beneficial savings to the government and the contractor. (2) LOCATION: The paint booth will be installed at the Integrated Support Command, Industrial Facility Buoy Shed, located in Ketchikan, Alaska. This facility services and maintains marine navigation aids and is located on a concrete construction pier. (3) PAINT BOOTH REQUIREMENTS: (a) Meet applicable safety standards of National Fire Protection Association, Occupational Safety and Health Act, BOCA National Fire Prevention Code, National Building Codes, UFC Uniform Fire Codes, and SBCCI Standard Fire Prevention Code. (b) Inside working dimensions for the booth shall be: Height 16ft. x Width 16ft. x Length no less than 45ft. and no greater than 55ft. Front doors shall have minimum dimensions of 11 ft wide x 13.5 ft high and contain observation windows. Side access door shall contain an observation window. The maximum permissible height for the booth, with any installed ventilation systems, or other accessories, shall not exceed 22 ft. (c) All construction materials, control & alarm systems, fire suppression and alarm systems shall meet all applicable OSHA, NEMA and NFPA Requirements. (d) Ventilation shall be an automatic pressure control system with capability to provide and maintain selected positive, neutral or negative booth pressure; with down draft supply with exterior side exhaust plenums. The ventilation system shall be rated for the supplied industrial paint booth and capable of operation on 480VAC/60Hz, 3-phase electrical power. (e) Lighting shall meet all applicable UL, NEMA and OSHA requirements. (f) The air replenishing system shall have an ELT Listed propane gas fired heater capable of a 90 degrees F. temperature rise and be suitable for outdoor installation and provided suitable protection from inclement weather. (g) The paint booth shall include a slot along the top of the booth to accommodate overhead crane access. The slot shall be a minimum of 3 inches wide and 25 feet long. Shipping and Delivery: Contractor shall delivered to the following location: CG ISA KETCHIKAN, 1300 Stedman Street, Ketchikan, AK 99901. Delivery should be within 6-8 Weeks ARO. FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-3, Offeror Representations and Certifications Commercial Items, all offerors are to include with their quote a completed copy of FAR 52.212-3. (Copies of FAR 52.212-3 are available upon request from the Contracting Officer or on the World Wide Web at http://www.arnet.gov/far/97-03/htm; FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Execute Orders Commercial Items. The following clauses cited in FAR 52.212-5 are applicable to this acquisition: 52.222-21, Prohibitation of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-19, Child Labor—Cooperation with Authorities and Remedies (E.O. 13126); 52.225-1, Buy American Act—Balance of Payment Program—Supplies (41 U.S.C. 10a – 10d); 52.232-33, Payment by Electronic funds Transfer—Central Contractor Registration (31 U.S.C. 3332); Offerors are due 29 May 2003, 2:00p.m. local time. OFFERS SHOULD BE MAILED TO: Commander, Maintenance and Logistics Command Pacific, Bldg 54-A, Coast Guard Island, Alameda, CA 94501-5100, Attn: Donna O’Neal. Offerors must provide as a minimum: (1) solicitation number (2) name and address, point of contact and telephone number of offeror; (3) terms of any expressed warranty; (4) price and discount terms; (5) a complete copy of representations and certifications; (6) sufficient technical brochures/literature and description to allow the Contracting Officer to evaluate conformance with the technical requirements. The following notice is for informational purposes: Minority, Women-owned and Disadvantaged Business Enterprises (DBEs). The Department of Transportation (DOT), Short Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit of $500,000 with interest at the prime rate. For further information and application forms concerning STLP, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-MAY-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 15-JUL-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/FCPMLCP/DTCG89-03-Q-6WN117/listing.html)
 
Place of Performance
Address: CG ISA KETCHIKAN 1300 STEDMAN STREET KETCHIKAN, AK
Zip Code: 99901-6698
Country: USA
 
Record
SN00372287-F 20030717/030715221425 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.